SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

Size: px
Start display at page:

Download "SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT"

Transcription

1

2 CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed bids for the project designated above will be received by Kitsap County Department of Public Works before the time and date indicated above, at which time they will be opened and publicly read aloud. Bids will be received in person or by private carrier (UPS, Federal Express, etc.) at: Kitsap County Department of Public Works Third floor Reception Desk 507 Austin Avenue Port Orchard, Washington Bids delivered by US Postal Service shall be addressed to: Kitsap County Department of Public Works 614 Division Street, MS-26 Port Orchard, Washington Prospective bidders are hereby notified that they are solely responsible for ensuring timely delivery of their bid to the place of bid opening. All bid proposals shall be accompanied by a bid proposal surety bond made payable to Kitsap County Department of Public Works in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance and payment bonds within the time stated in the Special Provisions, the bid proposal bond shall be forfeited to Kitsap County Department of Public Works. Each proposal or bid shall be completely sealed in a separate envelope, properly addressed as stated above, with the name and address of the bidder and the name of the project plainly written on the outside of the envelope. A complete bid proposal shall include the following: 1) Proposal Form 2) Bid Bond 3) Bidder Responsibility Statement SUQUAMISH WAY NE 1

3 4) Certification of Compliance with Wage Payment Statutes 5) Non-Collusion Affidavit 6) Proposal for Incorporating Recycled Materials into the Project All of the above items must be complete in all respects, including signatures (notarized where required). Bidder shall acknowledge receipt of all addendums in the spaces provided. The successful Bidder will be required to submit a photocopy of their current Washington State Contractors Registration. Failure to include all items may be cause for the bid to be considered irregular and thereby rejected. Bids or proposals received after the time set for the opening of bids will not be considered. Bidders are notified that all bids are likely to be rejected if the lowest responsible bid received exceeds the Engineer's estimate by an unreasonable amount. Kitsap County reserves the right to award the bid in a manner and on a basis which will best serve the County, taking into consideration the Bidder Responsibility Statement included with the bids and the requirements of the WSDOT/APWA Standard Specifications and the Contract Provisions. The award of the contract, if made, shall be made to the responsible Bidder submitting the lowest responsive bid, based upon the total sum of the extension of unit prices for the bid items. DESCRIPTION OF WORK This contract provides for the improvement of Suquamish Way NE from Division Ave NE to Hyak Ln NE in Suquamish, north Kitsap County. The work proposed consists of Preparation, Grading, Drainage, Storm Sewer, Surfacing, HMA Pavement, Erosion/ Water Pollution Control, Traffic Safety and Control, Cement Concrete Traffic Curb and Gutter, Sidewalks and Curb Ramps, Gravity Block Wall and other work in accordance with the Contract Documents. The engineer s estimate range from $500,000 to $1,000,000. OBTAINING PLANS AND CONTRACT PROVISIONS: Electronic copies of the Plans and Contract Provisions in PDF format are available on the internet through Kitsap County s website, Department of Public Works, Road Projects Open for Bid, located at Open-For-Bid.aspx. Paper copies of the Contract Plans and Provisions for the proposed work may be obtained from the Kitsap County Department of Public Works at 507 Austin Avenue, 3 rd floor Reception Desk, Port Orchard, Washington for a non-refundable fee of $35.00 for each set plus $10.00 to cover postage and handling if mailing is requested. To order these Contract Documents, please call or at kitsap1@co.kitsap.wa.us. Plans and Contract Provisions will not be shipped until the fee is received. SUQUAMISH WAY NE 2

4 To obtain a Bid Proposal Package at no cost or to be added to the Plan Holder List, please call or at kitsap1@co.kitsap.wa.us. CONTACT PERSON Any prospective Bidder having questions or desire an explanation or interpretation of the Bid Documents are requested to contact Theresa Smith, Project Manager, at , or tsmith@co.kitsap.wa.us. KITSAP COUNTY BOARD OF COMMISSIONERS SUQUAMISH WAY NE 3

5 PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT To the Honorable Board of Commissioners Kitsap County 614 Division Street Port Orchard, Washington Pursuant to and in compliance with your Advertisement for Bids and the other documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the project related to those items herein bid, being aware of the local conditions affecting the performance of a Contract covering the items bid, having knowledge of the cost of the work at the place where the work is to be done, having familiarized themselves with the Contract Documents, hereby proposes and agrees to perform the work and/or to furnish the equipment, and to furnish any and all of the labor, materials, tools, expendable equipment and all utility and transportation services necessary to perform a Contract covering any or all of those items herein bid and to complete in a workmanlike manner all work covered by said Contract in connection with the Owner's Improvement Project, for an amount computed upon the basis of the quantity of work actually performed at the following bid prices: NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND THE TOTAL AMOUNT OF BID MUST BE SHOWN. All prices shall be in legible figures (not words) written in ink or typed. The proposal shall include: A unit price for each item (omitting digits more than four places to the right of the decimal point); an extension for each unit price (omitting digits more than two places to the right of the decimal point); the total Contract price (the sum of all extensions). SUQUAMISH WAY NE 5

6 COST CODE (a guide to locate Bid Item information the Contracting Agency does not warrant its accuracy): The Cost Code for each Bid Item consists of the WSDOT/APWA Standard Specifications division number, the section number and the item number, in that order. An example is shown below: Kitsap County-specific Bid Items are noted with KC at the end. Project-specific Bid Items are noted with KC (CRP#). Bid Items that have options (e.g. Plant Selection or Beam Guardrail Anchor Type X) are designated as such. Examples are shown below: WSDOT Standard Bid Item KC KC (1593) Kitsap County Standard Bid Item Project-specific Bid Item SUQUAMISH WAY NE 6

7 NO. COST CODE ITEM QTY UNIT UNIT COST AMOUNT MOBILIZATION MINOR CHANGE 1 CALC $ 15, $ 15, KC RECORD DRAWINGS (MINIMUM BID $2,000.00) KC PROTECTION & SUPPORT OF EXISTING UTILITIES REIMBURSEMENT FOR THIRD PARTY DAMAGE 1 EST. $ 5.00 $ SPCC PLAN TYPE B PROGRESS SCHEDULE PROJECT TEMPORARY TRAFFIC CONTROL KC CLEARING AND GRUBBING (S.Y.) 400 S.Y REMOVAL OF STRUCTURES AND OBSTRUCTIONS SUQUAMISH WAY NE 7

8 KC SAW CUT ASPHALT CONCRETE PAVEMENT 225 L.F REMOVING ASPHALT CONC. PAVEMENT 4650 S.Y ROADWAY EXCAVATION INCL. HAUL 425 C.Y KC SPECIAL BORROW INCL. HAUL (TON) 700 TON EMBANKMENT COMPACTION 775 C.Y WATER 60 MGAL STRUCTURE EXCAVATION CLASS A INCL. HAUL 485 C.Y KC SHORING OR EXTRA EXCAVATION CLASS B (L.S.) GRAVEL BACKFILL FOR DRAIN 80 C.Y TRIMMING AND CLEANUP SUQUAMISH WAY NE 8

9 CRUSHED SURFACING BASE COURSE (TON) 2010 TON CRUSHED SURFACING TOP COURSE (TON) 1420 TON KC HMA CL. 1/2 IN. PG TON KC GRAVEL BACKFILL FOR WALL (TON) 290 TON SHORING OR EXTRA EXCAVATION CL. A PVC DRAIN PIPE 8 IN. DIAM. 146 L.F CONDUIT PIPE 3 IN. DIAM. 125 L.F KC DUCTILE IRON STORM SEWER PIPE 18 IN. DIAM. 13 L.F CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 425 L.F CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM. 54 L.F. SUQUAMISH WAY NE 9

10 KC CORRUGATED POLYETHYLENE STORM SEWER PIPE 30 IN. DIAM. 100 L.F KC LOCKING VANED GRATE AND FRAME FOR CATCH BASIN 9 EACH ADJUST MANHOLE 10 EACH CATCH BASIN TYPE 1 3 EACH CATCH BASIN TYPE 2 48 IN. DIAM. 2 EACH CATCH BASIN TYPE 2 72 IN. DIAM. 1 EACH LOCKING SOLID METAL COVER AND FRAME FOR CATCH BASIN 1 EACH CONNECTION TO DRAINAGE STRUCTURE 9 EACH KC- 4x8 TREE BOX BIOFILTRATION UNIT 4x8 1 EACH REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 20 C.Y. SUQUAMISH WAY NE 10

11 KC SEEDING, FERTILIZING, AND MULCHING (S.Y.) 1050 S.Y KC NPDES CONSTRUCTION STORMWATER GENERAL PERMIT KC EROSION/WATER POLLUTION CONTROL (L.S.) CEMENT CONC. TRAFFIC CURB AND GUTTER 2581 L.F CEMENT CONC. PEDESTRIAN CURB 101 L.F CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 94 S.Y RECESSED PAVEMENT MARKER 0.3 HUND CEMENT CONC. SIDEWALK 790 S.Y PAA CEMENT CONC. CURB RAMP TYPE PARALLEL A 2 EACH PAB CEMENT CONC. CURB RAMP TYPE PARALLEL B 3 EACH SUQUAMISH WAY NE 11

12 PEB CEMENT CONC. CURB RAMP TYPE PERPENDICULAR B 1 EACH KC ROCK PROTECTION PAD 1 EACH PLASTIC WIDE LANE LINE 50 L.F PLASTIC TRAFFIC ARROW 1 EACH PLASTIC CROSSWALK LINE 64 S.F PLASTIC STOP LINE 27 L.F PLASTIC BICYCLE LANE SYMBOL 6 EACH GRAVITY BLOCK WALL 2960 S.F KC (1589) DECORATIVE FENCE 593 S.F. TOTAL CONTRACT COST SUQUAMISH WAY NE 12

13 2. BIDDER SHALL INCLUDE SALES TAX IN THE LUMP SUM AND UNIT PRICE BID ITEMS, in accordance with Section (1) of the Special Provisions. 3. The undersigned Bidder hereby proposes and agrees to commence work under this Contract, if awarded to them, in accordance with Sections and of the Special Provisions. They further agree to complete the Contract within 60 WORKING DAYS. 4. The agreed liquidated damages to the Owner shall be in accordance with Liquidated Damages as described in the Standard Specifications, Amendments thereto and Special Provisions. 5. The Owner reserves the right to delete all or any portions of the work as outlined in the Contract Documents. 6. The required bid security in the amount of five percent (5%) of the total bid is hereto attached. 7. It is understood that the Contractor is responsible for obtaining and completing all required government forms. 8. Receipt of the following Addenda to the Contract Document is hereby acknowledged. ADDENDUM # 1 DATE OF RECEIPT OF ADDENDUM SIGNED ACKNOWLEDGMENT (Note: Failure to acknowledge receipt of the Addenda may be considered an irregularity in the proposal.) 9. Notice of Acceptance of this bid or requests for additional information should be addressed to the undersigned at the address stated below and unless otherwise notified in writing, this address shall be used by the successful Bidder during the life of the Contract for all official notices. 10. By signing the Proposal, the Bidder certifies that they have read and understand all of the Terms and Conditions of the Contract Plans, the Standard Specifications, the Amendments thereto, and these Special Provisions and agrees to comply with them. SUQUAMISH WAY NE 13

14 Date: Proper Name of Bidder (Type or Print): By (Signature): Name and Title (Type or Print Name and Title of Signatory): Street Address: City, State and Zip Code: Telephone Number with Area Code: Fax Number with Area Code: Mailing Address, if different from above: SUQUAMISH WAY NE 14